Supplies - Commercial Item Format

Supplies - Commercial Item Format

S-LG75016-Q-0012U.S. Embassy Riga

NOVENDOR
SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS
OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 / 1. REQUISITION NUMBER
PR5280284 / Page 1 of 33
2. CONTRACT NO. / 3. AWARD/EFFECTIVE DATE / 4. ORDER NUMBER / 5. SOLICITATION NUMBER
SLG75016Q0012 / 6. SOLICITATION ISSUE DATE
05/03/2016
7. FOR SOLICITATION
INFORMATION CALL / a. NAME
Lindija Zemele / b. TELEPHONE NUMBER
/ 8. OFFER DUE DATE/LOCAL TIME
05/23/2016 / 15:00
9. ISSUED BYCODE / LG750 / 10. THIS ACQUISITION IS
AMERICAN EMBASSY RIGA
Samnera Velsa iela 1, ATTN: GSO/Proc
RIGA 1510
LATVIA / x UNRESTRICTED
_ SET ASIDE: % FOR
_ SMALL BUSINESS _ EMERGING SMALL
_ HUBZONE SMALL BUSINESS SMALL BUSINESS_ 8(A)
_ SERVICE-DISABLED VETERAN OWNED
NAICS:
SIZE STD:
11. DELIVERY FOR FOB / 12. DISCOUNT TERMS / 13a. THIS CONTRACT IS A RATED ORDER
UNDER DPAS (15 CFR 700)
DESTINATION UNLESS BLOCK IS MARKED
x SEE SCHEDULE / 13b. RATING
14. METHOD OF SOLICITATION
x RFQ _ IFB _ RFP
15. DELIVER TO: / Code / 16. Administered by:
AMERICAN EMBASSY RIGA
ASARISI 3, MARUPES NOVADS, ATTN: WAREHOUSE
RIGA 1510
LATVIA / AMERICAN EMBASSY RIGA
Samnera Velsa iela 1, ATTN: GSO/Proc
RIGA 1510
LATVIA
117a. CONTRACTOR/OFFEROR / CODE / 0 / FACILITY CODE
NOVENDOR
UNITED STATES
TELEPHONE NO: / 18a. PAYMENT WILL BE MADE BY
AMERICAN EMBASSY RIGA
Samnera Velsa iela 1, ATTN:
RIGA 1510
LATVIA
17b CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER / 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED_ SEE ADDENDUM
19.
ITEM NO. / 20.
SCHEDULE OF SUPPLIES/SERVICES / 21.
QUANTITY / 22.
UNIT / 23.
UNIT PRICE / 24.
AMOUNT
-SEE LINE ITEMS –
Materials for repair of water tanks / 1 / se
(Use Reverse and/or Attach Additional Sheets as Necessary)
25. ACCOUNTING AND APPROPRIATION DATA / 26. TOTAL AWARD AMOUNT (For Govt. Use Only)
x 27a.SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA x ARE _ARE NOT ATTACHED.
_27b.CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA _ ARE _ ARE NOT ATTACHED.
_ 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN. / _ 29. AWARD OF CONTRACT: REF. OFFER DATED . YOUR OFFER ON SOLICITATION (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS:
30a. SIGNATURE OF OFFEROR/CONTRACTOR / 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)
30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT) / 30c. DATE SIGNED / 31b. NAME OF CONTRACTING OFFICER (Type or Print) / 31c. DATE SIGNED

AUTHORIZED FOR LOCAL REPRODUCTIONSTANDARD FORM 1449 (REV3/2005)

PREVIOUS EDITION IS NOT USABLEComputer GeneratedPrescribed by GSA - FAR (48 CFR) 53.212

11. SCHEDULE
(Include applicable Federal, State and local taxes)
ITEM NO.
(a) / SUPPLIES/SERVICES
(b) / QUANTITY
(c) / UNIT
(d) / UNIT PRICE
(e) / AMOUNT
(f)
1 / Aquasmart- DUR (0.6kg/m2) or equal
Funding Information:
Total:
------
------
/ 740.00 / EA
2 / Hyperdesmo 2K-W (1.4kg/m2) or equal
Funding Information:
Total:
------
------
/ 1,700.00 / EA
3 / Hyper Seal 25LM or equal
Funding Information:
Total:
------
------
/ 24.00 / TU

TABLE OF CONTENTS

Section 1 - The Schedule

  • SF 1449 cover sheet
  • Continuation To SF-1449, RFQ Number S-LG750-16-Q-0012, Prices, Block 23
  • Continuation To SF-1449, RFQ Number S-LG750-16-Q-0012, Schedule Of Supplies/Services, Block 20 Description/Specifications/Work Statement
  • Attachment 1 to Description/Specifications/Statement of Work, Government Furnished Property

Section 2 - Contract Clauses

  • Contract Clauses
  • Addendum to Contract Clauses - FAR and DOSAR Clauses not Prescribed in Part 12

Section 3

- Solicitation Provisions

  • Solicitation Provisions
  • Addendum to Solicitation Provisions - FAR and DOSAR Provisions not Prescribed in Part 12

Section 4 - Evaluation Factors

  • Evaluation Factors
  • Addendum to Evaluation Factors - FAR and DOSAR Provisions not Prescribed in Part 12

Section 5 - Offeror Representations and Certifications

  • Offeror Representations and Certifications
  • Addendum to Offeror Representations and Certifications - FAR and DOSAR Provisions not Prescribed in Part 12

SECTION 1 - THE SCHEDULE

CONTINUATION TO SF-1449

RFQ NUMBER S-LG750-16-Q-0012

PRICES, BLOCK 23

I.SCOPE OF SERVICES

  1. The Contractor shall deliver polyurethane coating and primer for polyurethane membrane installation in closed water tanks to the U.S. Embassy Riga, Latvia, Samnera Velsa Street 1, in accordance with the specifications and terms and conditions set forth herein.
  1. This is a firm-fixed price type purchase order/contract with option to purchase additional quantities.
  1. The prices listed below shall include all labor, materials, overhead, profit, and transportation necessary to deliver the required items to the U.S. Embassy Riga, Latvia, Samnera Velsa Street 1.
  1. All prices are in EUROS.
  1. VALUE ADDED TAX. Value Added Tax (VAT) is not included in the CLIN rates. Instead, it will be priced as a separate Line Item in the contract and on Invoices. Local law dictates the portion of the contract price that is subject to VAT; this percentage is multiplied only against that portion.

II.PRICES

A. Quantities

Line
Item / Description / Unit / Unit Price / VAT / Quantity / Total Price
01 / Primer Aquasmart-DUR or equal / kg / 740
02 / Hyper Seal 25LM or equal / tube / 24
03 / Hyperdesmo 2k-W or equal / kg / 1700
Grand Total:

B. Optional Quantities

Line
Item / Description / Unit / Unit Price / VAT / Est.Quantity* / Total Price
04 / Hyper Seal 25LM or equal / tube / 5
Grand Total:

* - This quantity is only estimated and may not be purchased.

CONTINUATION TO SF-1449, RFQ NUMBER S-LG750-16-Q-0012

SCHEDULE OF SUPPLIES/SERVICES, BLOCK 20

DESCRIPTION/SPECIFICATIONS/WORK STATEMENT

I. DESCRIPTION

NOTE:

Material the same form ALCHEMICA or Equal or Better but the products should be from one producing company, so the production company guaranty the material compatibility

Material should meet standards

NSF61; AS/NZA4020; DIN4030; DVGWW347; SI5452:2004; CE class W3; OSHAS18001; OTEC

A.AQUASMART- DUR or equal– epoxy based primer/coating formulated. It is two component water based, epoxy coating, specially formulated for use in a 1:1 by volume ratio. Aquasmart-dur is free of solvents.

RECOMMENDED FOR:

Primer when humidity barrier properties are required

sealing coat for concrete

adhesive layer between old and new concrete

anti-dust floor coating

protective coating for old metal based structures

FEATURES AND BENEFITS:

•Quick curing even at lower temperatures

•Low odor, non-flammable, zero VOC

•Suitable for application in closed spaces

•Strong adhesion even on damp or green concrete. Also to Iron, galvanized steel

•Good mechanical properties and abrasion resistance

•Visible pot life

TECHNICAL SPECIFICATION:

In liquid form:

Viscosity (Brookfield) of mixed product – 100cP

Track free time - 3 – 5 hours

Full cure – 3 days

Pot life – 1hour

In cured form:

Servicing temp – 10-40Deg

Adhesion to concrete - >30kg/cm2 or >3N/mm2

Resistance to friction – 0.12Gr

B.HYPERDESMO-2K-W or equal is a two – compound, solvent-free, thixotropic coating, based on high quality elastomeric polyurethane resins. After polymerization it produces a strong, elastic hydrophobic membrane suitable for waterproofing and protection. It is recommended for use in water tanks, according with OTEC Institute certificate and EU guidelines 98/83/EC and MSD sheet information. Recommended to use in water tanks made of concrete, steel or other materials such as prefabricated concrete tanks, drinking water tanks and in tanks with wall movement due expansion and contraction.

FEATURES AND BENEFITS

•Excellent adhesion on almost any type of surface.

•Solvent, VOC free – it can be easily applied in closed spaces.

•Extremely hydrophopic and hydrolysis resistant.

•Wide working temp. range (-40 + 90 C)

•Good chemical resistance

•Certified for portable water tanks in accordance with the EU, US and Australian requirements

•Special primers topcoats and coloring pastes are available

TECHNICAL SPECIFICATIONS

In liquid form:

Viscosity (Brookfeld) of mixed product – 10 000cP

Recoating – 6-48hours

Pot life 20-30min

In cured form:

Service temp - -40-+90Deg

Hardness - >40

Elongation at break - >100%

Tensile strength – 200kg/cm2

Pot life – 20-30 min

Water absorption - <0.5

Adhesion to concrete – 20kg/cm2

C.HYPERSEAL-25LM-S or equalis a low modulus expansion joint sealant, especially formulated to contain both PU and silylated-PU technology, thus giving rise to a sealant which includes the best of both technologies. Modified in order to give enhanced thixotropic properties.

Hyperseal 25 LM-S is CE certified according to EN 15651-1 (Sealants for Facades) and 15651-4 (Sealants for Floor Joints with Foot traffic).

RECOMMENDED FOR:

Sealing joints in:

• Insitu concrete,

• expansion concrete plates,

• precast panels,

• brick and block work,

• water tanks and swimming pools,

• metal frames,

• aluminum windows and panels,

• irrigation channels,

• glass,

• granite & marble.

FEATURES AND BENEFITS

• Excellent adhesion on almost any type of surface, with or without the use of special primers.

• Excellent extrusion, tooling and storage stability over wide range of climatic conditions.

• Excellent chemical resistance, suitable for sealing joints in swimming pools and chemically treated water.

• Low modulus, joint movement accommodation 50%.

• Microorganism and fungus resistant.

• Application under water immersion possible.

• Excellent heat resistance, suitable for application where exposure to temperatures >60°C take place.

• Resistance to cold: The sealant remains elastic even down to -40 o C.

TECHNICAL SPECIFICATIONS

Tack free time - 77 o F (25 o C) & 55% RH hours - 3,5-4,5

Cure Rate - Mm/day - 3-4

Service temperature o C - -40 to 80

Modulus at 100% elongation (N/mm2 ) 0.2

Elongation % >900

Toxicity - - No restrictions after full cure

Resilience % >80

II.DELIVERY LOCATION AND TIME

A. The Contractor shall deliver all ordered items to the U.S. Embassy Riga, Latvia. The address is:

Samnera Velsa Street 1

Riga, LV 1510

Latvia

B. The Contractor shall deliver all ordered items not later than15 days after the contract award. The Contractor shall deliver optional quantities not later than 10 days after date of modification exercising the option for the increased quantity.

C. Any Contractor personnel involved with the delivery of the items shall comply with standard U.S. Embassy regulations for receiving supplies. The Contracting Officer's Representative (COR) will be responsible for instructing Contractor personnel at the time deliveries are made. Prior notice of at least three (3) working days is required.

D. If delivery will be to U.S. Embassy, the Contractor shall deliver between the hours of 14:00 and 16:00.

E. QUALITY ASSURANCE AND SURVEILLANCE PLAN (QASP)
This plan provides an effective method to promote satisfactory contractor performance. The QASP provides a method for the Contracting Officer's Representative (COR) to monitor Contractor performance, advise the Contractor of unsatisfactory performance, and notify the Contracting Officer of continued unsatisfactory performance. The Contractor, not the Government, is responsible for management and quality control to meet the terms of the contract. The role of the Government is to monitor quality to ensure that contract standards are achieved.

Performance Objective / Scope of Work Para / Performance Threshold
Services.
Performs all furnish and delivery services set forth in the scope of work. / I-II / All required services are performed and no more than one (1) customer complaint is received.

SECTION 2 - CONTRACT CLAUSES

FAR 52.212-4 CONTRACT TERMS AND CONDITIONS – COMMERICAL ITEMS (MAY 2015), is incorporated by reference. (See SF-1449, block 27a).

52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (FEB 2016)

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

(1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)

(2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).

(3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).

__ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)).

__ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)

__ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note).

__ (5) [Reserved].

__ (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C).

__ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L. 111-117, section 743 of Div. C).

__ (8) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note).

__ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313).

__ (10) [Reserved].

__ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a).

__ (ii) Alternate I (Nov 2011) of 52.219-3.

__ (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).

__ (ii) Alternate I (Jan 2011) of 52.219-4.

__ (13) [Reserved]

__ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644).

__ (ii) Alternate I (Nov 2011).

__ (iii) Alternate II (Nov 2011).

__ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).

__ (ii) Alternate I (Oct 1995) of 52.219-7.

__ (iii) Alternate II (Mar 2004) of 52.219-7.

__ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)).

__ (17)(i) 52.219-9, Small Business Subcontracting Plan (Oct 2015) (15 U.S.C. 637(d)(4)).

__ (ii) Alternate I (Oct 2001) of 52.219-9.

__ (iii) Alternate II (Oct 2001) of 52.219-9.

__ (iv) Alternate III (Oct 2015) of 52.219-9.

__ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).

__ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)).

__ (20) 52.219-16, Liquidated Damages—Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).

__ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f).

__ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).

__ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)).

__ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)).

X (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).

__ (26) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126).

__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

__ (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246).

__ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212).

__ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).

__ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).

__ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).

X(33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).

__ (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).

__ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)

__ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)

__ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)

__ (36)(i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514).

__ (ii) Alternate I (Oct 2015) of 52.223-13.

__ (37)(i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (Jun 2014) (E.O.s 13423 and 13514).

__ (ii) Alternate I (Jun 2014) of 52.223-14.

__ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).

__ (39)(i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514).

__ (ii) Alternate I (Jun 2014) of 52.223-16.

X (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513).

__ (41) 52.225-1, Buy American—Supplies (May 2014) (41 U.S.C. chapter 83).

__ (42)(i) 52.225-3, Buy American—Free Trade Agreements—Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43.

__ (ii) Alternate I (May 2014) of 52.225-3.

__ (iii) Alternate II (May 2014) of 52.225-3.

__ (iv) Alternate III (May 2014) of 52.225-3.

__ (43) 52.225-5, Trade Agreements (Feb 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).

X (44) 52.225-13, Restrictions on Certain Foreign Purchases (June2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

__ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

__ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).

__ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).

X (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).

__ (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).

X(50) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (Jul 2013) (31 U.S.C. 3332).

X(51) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (Jul 2013) (31 U.S.C. 3332).

__ (52) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332).

__ (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).

__ (54)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631).

__ (ii) Alternate I (Apr 2003) of 52.247-64.

(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

[Contracting Officer check as appropriate.]

__ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495).

__ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67).

__ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

__ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

__ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

__ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Requirements (May 2014) (41 U.S.C. chapter 67).

__ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services—Requirements (May 2014) (41 U.S.C. chapter 67).

__ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).

__ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792).

__ (10) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)).

(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records—Negotiation.

(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract.

(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.

(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.